Tender Details
Title

Supply & Delivery of Horticultural Products Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suppliers for the supply and delivery of Horticultural Products. Suppliers will provide material support to the Councils Roads and Grounds Maintenance departments based at Earls Road Grangemouth and ...

Country
Language
English
Organization
Published Date
13.10.2024
Deadline Date
14.11.2024
Overview
Supply & Delivery of Horticultural Products Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suppliers for the supply and delivery of Horticultural Products. Suppliers will provide material support to the Councils Roads and Grounds Maintenance departments based at Earls Road Grangemouth and ... Falkirk Council Supply & Delivery of Horticultural Products - Opportunity Supply & Delivery of Horticultural Products Falkirk Council F02: Contract notice Notice reference: 2024/S 000-032928 Published 14 October 2024, 10:36am Watch this notice Contents Open all one. Contracting authorityI. Contracting authorityPress escape key to exit two. Object (9 lots)II. Object (9 lots) Scope of the procurement Lot 1. Turf Products Lot 2. Topsoil – Premium Grade Lot 4. Topsoil – Economy Grade Lot 5. Topsoil – Bulk Bag Lot 6. Horticultural Sundries Lot 7. Play Grade Woodchip Lot 8. Herbicides/Pesticides Lot 9. Sport Line Marking Lot 3. Topsoil – General Grade three. Legal, economic, financial and technical informationIII. Legal, economic, financial and technical information four. ProcedureIV. Procedure six. Complementary informationVI. Complementary information Download PDF version Share this notice Twitter LinkedIn Email Copy link Print this notice Report concerns about this procurement Section one: Contracting authoritySection I: Contracting authority one.1) Name and addressesI.1) Name and addresses Falkirk Council The Foundry, 4 Central Park, Central Boulevard Larbert FK5 4RU Email CPU@falkirk.gov.uk Telephone +44 1324506566 Country United Kingdom NUTS code UKM76 - Falkirk Internet address(es) Main address http://www.falkirk.gov.uk Buyer's address https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184 one.2) Information about joint procurementI.2) Information about joint procurement The contract is awarded by a central purchasing body one.3) CommunicationI.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at www.publiccontractsscotland.gov.uk Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via www.publiccontractsscotland.gov.uk Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at www.publiccontractsscotland.gov.uk one.4) Type of the contracting authorityI.4) Type of the contracting authority Regional or local authority one.5) Main activityI.5) Main activity General public services Section two: ObjectSection II: Object two.1) Scope of the procurementII.1) Scope of the procurement two.1.1) TitleII.1.1) Title Supply & Delivery of Horticultural Products Reference number PS/370/25 two.1.2) Main CPV codeII.1.2) Main CPV code 03121000 - Horticultural products two.1.3) Type of contractII.1.3) Type of contract Supplies two.1.4) Short descriptionII.1.4) Short description Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suppliers for the supply and delivery of Horticultural Products. Suppliers will provide material support to the Councils Roads and Grounds Maintenance departments based at Earls Road Grangemouth and throughout Falkirk District sites as required. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: £480,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Turf Products Lot No 1 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 03441000 - Ornamental plants, grasses, mosses or lichens 77314100 - Grassing services 03110000 - Crops, products of market gardening and horticulture 71421000 - Landscape gardening services two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Turf Products. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £100,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Topsoil – Premium Grade Lot No 2 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 14212400 - Soil 14212410 - Topsoil two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Premium Grade Topsoil. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £30,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Topsoil – Economy Grade Lot No 4 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 14212400 - Soil 14212410 - Topsoil two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Economy Grade Topsoil. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £40,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Topsoil – Bulk Bag Lot No 5 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 14212400 - Soil 14212410 - Topsoil two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Bulk Bagged Topsoil's. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £10,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015 two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Horticultural Sundries Lot No 6 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 03120000 - Horticultural and nursery products 03121000 - Horticultural products 03100000 - Agricultural and horticultural products two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Horticultural Sundries. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £50,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Play Grade Woodchip Lot No 7 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 03121000 - Horticultural products 03416000 - Wood waste 03417000 - Scrap wood two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Play Grade Wood Chip. Supplied products must comply with the Government Timber Procurement Policy. Please refer to link provided and the specification within the ITT documentation for further details. https://www.gov.uk/guidance/timber-procurement-policy-tpp-prove-legality-and-sustainablity two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £70,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Herbicides/Pesticides Lot No 8 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 24453000 - Herbicides 24451000 - Pesticides two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Herbicides & Pesticides. Suppliers must evidence their Operational Systems, Training and Competency of Operatives in relation to the storage and handling of the products listed within the pricing schedule (Appendix A8). Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £100,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Sport Line Marking Lot No 9 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 44810000 - Paints 44812220 - Water paints 37451710 - Soccer field marking equipment 45212213 - Sport markings works two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of Sport Line Marking Paint. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £50,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. two.2) DescriptionII.2) Description two.2.1) TitleII.2.1) Title Topsoil – General Grade Lot No 3 two.2.2) Additional CPV code(s)II.2.2) Additional CPV code(s) 14212400 - Soil 14212410 - Topsoil two.2.3) Place of performanceII.2.3) Place of performance NUTS codes UKM76 - Falkirk Main site or place of performance Falkirk Council's area of Operations two.2.4) Description of the procurementII.2.4) Description of the procurement Falkirk Council wishes to establish a framework agreement with suitably experienced suppliers for the supply and delivery of General Purpose Grade Topsoil. Please refer to the specification within the ITT documentation for further details. two.2.5) Award criteriaII.2.5) Award criteria Quality criterion - Name: Qualitative / Weighting: 30 Price - Weighting: 70 two.2.6) Estimated valueII.2.6) Estimated value Value excluding VAT: £30,000 two.2.7) Duration of the contract, framework agreement or dynamic purchasing systemII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start date 1 March 2025 End date 28 February 2029 This contract is subject to renewal No two.2.10) Information about variantsII.2.10) Information about variants Variants will be accepted: No two.2.11) Information about optionsII.2.11) Information about options Options: No two.2.13) Information about European Union FundsII.2.13) Information about European Union Funds The procurement is related to a project and/or programme financed by European Union funds: No two.2.14) Additional informationII.2.14) Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015 Section three. Legal, economic, financial and technical informationSection III. Legal, economic, financial and technical information three.1) Conditions for participationIII.1) Conditions for participation three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given. three.1.2) Economic and financial standingIII.1.2) Economic and financial standing List and brief description of selection criteria A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract Minimum level(s) of standards possibly required Employer’s (Compulsory) Liability Insurance = 10 Million GBP Public Liability Insurance = 5 Million GBP Product Liability Insurance = 5 Million GBP Motor Insurance = 5 Million GBP -complying with the minimum requirements as stipulated by UK Government three.1.3) Technical and professional abilityIII.1.3) Technical and professional ability Selection criteria as stated in the procurement documents three.2) Conditions related to the contractIII.2) Conditions related to the contract three.2.2) Contract performance conditionsIII.2.2) Contract performance conditions As listed within the tender documentation. three.2.3) Information about staff responsible for the performance of the contractIII.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section four. ProcedureSection IV. Procedure four.1) DescriptionIV.1) Description four.1.1) Type of procedureIV.1.1) Type of procedure Open procedure four.1.3) Information about a framework agreement or a dynamic purchasing systemIV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with several operators Envisaged maximum number of participants to the framework agreement: 45 four.1.8) Information about the Government Procurement Agreement (GPA)IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes four.2) Administrative informationIV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 14 November 2024 Local time 11:00am four.2.4) Languages in which tenders or requests to participate may be submittedIV.2.4) Languages in which tenders or requests to participate may be submitted English four.2.6) Minimum time frame during which the tenderer must maintain the tenderIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) four.2.7) Conditions for opening of tendersIV.2.7) Conditions for opening of tenders Date 14 November 2024 Local time 11:00am Place Falkirk Information about authorised persons and opening procedure Tender Opening Committee comprising Council Procurement Advisor Section six. Complementary informationSection VI. Complementary information six.1) Information about recurrenceVI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: November 2028 six.2) Information about electronic workflowsVI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used six.3) Additional informationVI.3) Additional information 1. Bidders will be required to provide 2 examples from the past 3 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 2. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 3. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or provide additional supportive information as detailed within Document 4 "PS 370 25 SPD (Scotland) Standardised Statements". 4. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (or equivalent) or provide additional supportive information as detailed within Document 4 "PS 370 25 SPD (Scotland)Standardised Statements". 5. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide additional supportive information as detailed within Document 4 "PS 370 25 SPD (Scotland) Standardised Statements". NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=779811. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Falkirk Council are currently trialling a new approach to Community Benefits for some tenders. We would like to work more collaboratively with our suppliers to achieve the best possible outcome for our communities while ensuring the process is simple and beneficial for our suppliers. As this is a collaboration the community benefits are not specified at this point, however provision of Community Benefits are an integral part of the tender and must be supplied. These mandatory benefits will equate to no more than 1% of the spend with the supplier. Examples of Community Benefits that may be requested are as below. These are representative and not required examples:- - Donation of goods / materials to a local community / school - Donation of funds to a local foodbank - Provision of expertise in relation to design / maintenance of wildlife area In addition, it is acknowledged that suppliers may be able to identify areas of provision of Community Benefits that have not previously been considered and these suggestions will be welcomed. It should however be noted that the benefits to be provided are new benefits as a result of this arrangement and not continuation of an existing agreement. (SC Ref:779811) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=779811 six.4) Procedures for reviewVI.4) Procedures for review six.4.1) Review bodyVI.4.1) Review body Falkirk Sheriff Court and Justice of the Peace Sheriff Court House Main Street Camelon Falkirk FK1 4AR Country United Kingdom Back to top 1729104322 Support links About us Contact us Accessibility statement Terms and conditions Privacy notice Cookies Data and API All content is available under the Open Government Licence v3.0 except where otherwise stated. Notices are based on TED XML schema. © European Union, https://ted.europa.eu, 1998–2020 © Crown copyright Review services If you have any concerns about procurement practices, including late payment, you can contact a review service. The role of the services is to: provide a clear, structured and direct route for suppliers to raise concerns about public procurement practice offer feedback to enquirers on their concerns Find out more: England - Public Procurement Review Service Northern Ireland - CPD Supplier Charter Scotland - Single Point of Enquiry Wales - Supplier Feedback Service Close Saved to watched notices list This notice has been added to your watched notices list. Close Sign in to watch this notice To watch this notice, sign in to your account or register. You will need to find this notice again after signing in to watch it. Watching a notice means: It will be in your list of watched notices, so you can easily find it again You can choose to receive emails when it is updated or before it closes Close Confirm YesNo Session timeout Your session will time out soon You will be signed out of your account if you do not respond in 5 minutes. We do this to keep your information secure. 5 minutes remaining until you will be signed out. Continue session Sign out warning you will not be able to undo this action Supply & Delivery of Horticultural ProductsFalkirk Council  Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suppliers for the supply and delivery of Horticultural Products. Suppliers will provide material support to the Councils Roads and Grounds Maintenance departments based at Earls Road Grangemouth and ...  Notice typeF02: Contract noticeClosing14 November 2024, 11:00amContract locationUKM76 - FalkirkTotal value £480,000 Lot values £100,000; £30,000; £40,000; £10,000; £50,000; £70,000; £100,000; £50,000; £30,000 Publication date14 October 2024, 10:36am
NAICS
Soil Preparation Sporting Goods Business All Other Professional Jewelry Paint Promoters of Performing Arts Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Paint Regulation Religious Promoters of Performing Arts Justice Other Professional Cookie Automotive Body Automotive Body Highway Greenhouse Turned Product and Screw Scenic and Sightseeing Transportation Other Justice Promoters of Performing Arts Pesticide Machinery Regulation Highway Jewelry Promoters of Performing Arts Courts Nursery Nursery Courts Highway Paint Sporting Goods Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Promoters of Performing Arts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Water Professional Process Funds
CPVS
Scrap wood Topsoil Sport markings works Tools Ornamental plants, grasses, mosses or lichens Timber Pesticides Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Plants Herbicides Mains Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Frames Crops, products of market gardening and horticulture Water paints Safes Other community, social and personal services Supports Agricultural, forestry, horticultural, aquacultural and apicultural services Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Construction work for buildings relating to leisure, sports, culture, lodging and restaurants System, storage and content management software development services Watches Motors Vats Installation services of equipment for measuring, checking, testing and navigating Other services Soil Wood waste Keys Musical instruments, sport goods, games, toys, handicraft, art materials and accessories Soccer field marking equipment Paints Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Wood Tool parts Paints, varnishes and mastics Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Soil Wood Bags House Nuts Awards Other sports Water Watches Horticulture Storage General goods storage Equipment cases Herbicides Liability insurance Single room Case making services High school Financial Instruments, Products, Contracts and Agreements Water, sanitation and hygiene kits Water, sanitation and hygiene kit Water, sanitation and hygiene kits Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Agriculture-Food and Beverages Consultancy Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Aviation Petroleum Products Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert